Tender

The Provision of a Pathology Specimen Referral Service for Overseas Bases

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

13 Apr 2022 at 11:49

Summary of the contracting process

The Ministry of Defence is currently conducting a tender for "The Provision of a Pathology Specimen Referral Service for Overseas Bases," which falls under the pathology services category. The procurement process is in the active stage, with submissions closing on 18th May 2022. This service is aimed at supporting permanent Authority overseas locations and deployed units, with a contract value of £145,500. The contract period will commence on 1st July 2022 and is expected to end on 30th June 2025, with options for potential extensions.

This tender presents significant opportunities for businesses specialising in healthcare, laboratory services, and logistics as they compete to provide a coherent specimen referral and assay service. Companies capable of delivering electronic laboratory solutions, efficient sample processing, and comprehensive technical support will be particularly well-suited to succeed. Engaging in this contract can enhance a business’s profile and establish long-term relationships with government authorities in the healthcare sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

The Provision of a Pathology Specimen Referral Service for Overseas Bases

Notice Description

This is for the provision of a coherent specimen referral and assay service to support all permanent Authority overseas locations and deployed units.

Lot Information

Lot 1

1. Background 1.1. The requirement will be issued by Defence Medical Services (DMS). 1.2. This is for the provision of a coherent specimen referral and assay service to support all permanent Authority overseas locations and deployed units. 2. Requirement Overview 2.1. The Contractor will be responsible for producing an electronic Laboratory Handbook to list all tests available in-house, with sample requirements, pre-analytical requirements, and estimated turnaround time (TAT) coherent with the RCPath guidelines. 2.2. Sample testing include, but are not limited to, Bio, Micro, Histo, Haem and Cyto. 2.3. The average number of tests over a 12-month period is 3000, however due to the unpredictability of the referral service, usage may decline or increase during the lifetime of the contract. 2.4. It is the responsibility of the Authority to organise and coordinate shipment of all samples specimens 2.5. The Contractor will be expected to provide a 24 hour, 365/year sample collection/processing service and email or telephone contact for monitoring transportation of samples. 2.6. A 24-hour telephone service from a pathologist/clinical scientist/biomedical scientist will also be necessary for providing the Authority with technical advice on haematology, clinical chemistry, microbiology, and cellular pathology results/issues. 2.7 A fast and secure method that conforms to the General Data Protection Regulations must be executed for delivering results to the Authority and agreed failsafe measures shall be implemented to ensure DMS patient safety and compliance with national service standards. Additional information: Please see link to access tender on Defence Sourcing Portal: https://www.contracts.mod.uk/go/1443871601801D856B00

Options: Three (3) Years with a potential for option years (1+1+1)

Renewal: Three (3) Years with a potential for option years (1+1+1)

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-032d3e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009889-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

85110000 - Hospital and related services

85111800 - Pathology services

85111810 - Blood analysis services

85111820 - Bacteriological analysis services

85112000 - Hospital support services

85112200 - Outpatient care services

85120000 - Medical practice and related services

85121200 - Medical specialist services

Notice Value(s)

Tender Value
£145,500 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Apr 20223 years ago
Submission Deadline
18 May 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Jun 2022 - 30 Jun 2025 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Megan Cook
Contact Email
megan.cook120@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LICHFIELD
Postcode
WS14 9PY
Post Town
Walsall
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG2 Shropshire and Staffordshire
Small Region (ITL 3)
TLG24 Staffordshire CC
Delivery Location
Not specified

Local Authority
Lichfield
Electoral Ward
Whittington & Streethay
Westminster Constituency
Tamworth

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-032d3e-2022-04-13T12:49:40+01:00",
    "date": "2022-04-13T12:49:40+01:00",
    "ocid": "ocds-h6vhtk-032d3e",
    "initiationType": "tender",
    "tender": {
        "id": "703085450",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "The Provision of a Pathology Specimen Referral Service for Overseas Bases",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85111800",
            "description": "Pathology services"
        },
        "mainProcurementCategory": "services",
        "description": "This is for the provision of a coherent specimen referral and assay service to support all permanent Authority overseas locations and deployed units.",
        "value": {
            "amount": 145500,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "1. Background 1.1. The requirement will be issued by Defence Medical Services (DMS). 1.2. This is for the provision of a coherent specimen referral and assay service to support all permanent Authority overseas locations and deployed units. 2. Requirement Overview 2.1. The Contractor will be responsible for producing an electronic Laboratory Handbook to list all tests available in-house, with sample requirements, pre-analytical requirements, and estimated turnaround time (TAT) coherent with the RCPath guidelines. 2.2. Sample testing include, but are not limited to, Bio, Micro, Histo, Haem and Cyto. 2.3. The average number of tests over a 12-month period is 3000, however due to the unpredictability of the referral service, usage may decline or increase during the lifetime of the contract. 2.4. It is the responsibility of the Authority to organise and coordinate shipment of all samples specimens 2.5. The Contractor will be expected to provide a 24 hour, 365/year sample collection/processing service and email or telephone contact for monitoring transportation of samples. 2.6. A 24-hour telephone service from a pathologist/clinical scientist/biomedical scientist will also be necessary for providing the Authority with technical advice on haematology, clinical chemistry, microbiology, and cellular pathology results/issues. 2.7 A fast and secure method that conforms to the General Data Protection Regulations must be executed for delivering results to the Authority and agreed failsafe measures shall be implemented to ensure DMS patient safety and compliance with national service standards. Additional information: Please see link to access tender on Defence Sourcing Portal: https://www.contracts.mod.uk/go/1443871601801D856B00",
                "contractPeriod": {
                    "startDate": "2022-07-01T00:00:00+01:00",
                    "endDate": "2025-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Three (3) Years with a potential for option years (1+1+1)"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Three (3) Years with a potential for option years (1+1+1)"
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85110000",
                        "description": "Hospital and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85111810",
                        "description": "Blood analysis services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85111820",
                        "description": "Bacteriological analysis services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85112000",
                        "description": "Hospital support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85112200",
                        "description": "Outpatient care services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85120000",
                        "description": "Medical practice and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85121200",
                        "description": "Medical specialist services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Contractor's site"
                },
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.contracts.mod.uk/go/1443871601801D856B00",
        "communication": {
            "atypicalToolUrl": "https://www.contracts.mod.uk/go/1443871601801D856B00"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "To participate in the tender and submit a bid, tenderers are required to complete a Supplier Assurance Questionnaire on Defence Sourcing Portal (DSP). This Contract is classified at Official Sensitive (OS) and will be procured in line with Public Contract Regulations (PCR) 2015",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2022-05-18T17:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-08-16T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2022-05-18T17:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-05-18T17:00:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-49966",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Defence Medical Services (DMS), Whittington, Coltman House",
                "locality": "Lichfield",
                "region": "UK",
                "postalCode": "WS14 9PY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Megan Cook",
                "email": "Megan.Cook120@mod.gov.uk",
                "url": "https://www.contracts.mod.uk/go/1443871601801D856B00"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.contracts.mod.uk/go/1443871601801D856B00",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-49967",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Whitehall",
                "locality": "London",
                "postalCode": "SW1A 2HB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-49966",
        "name": "Ministry of Defence"
    },
    "language": "en"
}